INVITATION TO BID AND BID FORM

TOWNSHIP HIGH SCHOOL DISTRICT 211
INVITATION TO BID AND BID FORM
BID #: 1566
FOR:
Food Service Equipment
DUE:
Jan. 27, 2015 at 11:00 am
FROM:
(Name of Company)
TOTAL PRICE FOR ITEMS ON BID (in US $):
DELIVERY OR COMPLETION:
weeks
If this bid is for services or work, indicate date when services or work could be started:
REMINDER: YOUR BID MUST BE SUBMITTED IN A SEALED ENVELOPE CLEARLY MARKED:
BID #1566;
Food Service Equipment
BIDS MUST BE RECEIVED AT THE ADDRESS BELOW NO LATER THAN: Jan. 27, 2015 at 11:00 a.m.
I have examined the specifications and instructions included herein and agree, provided I am awarded a contract within 90 days of bid due date, to
provide the specified items and/or services or work as described in the specifications and instructions for the sum shown in accordance with the terms
stated herein. All deviations from specifications and terms are in writing and attached hereto.
COMPANY NAME
SIGNED
ADDRESS
TITLE
CITY, STATE & ZIP CODE
DATE
TELEPHONE NUMBER
EMAIL ADDRESS - This information is necessary for you to receive future bid proposals.
* If NO BID is your response, please complete and return the Courtesy "No Bid" Response Questionnaire.
Submit your sealed bid to:
Barbara J. Peterson, Controller & Treasurer
Township High School District 211
1750 South Roselle Road
Palatine, Illinois 60067-7336
847-755-6600
BID SPECIFICATIONS FOR Continental Pass-Thru Refrigerator
Bid # 1566
Scope:
Bidders are to furnish and install one (1) Continental Pass-Thru Refrigerator
Model # DL2RE-SS-PT-HD-GD/MOD as specified below at:
William Fremd High School 1000 S. Quentin Rd. Palatine, IL 60067.
Material:
Bidders are required to Furnish and install new Refrigerator as specified. All work
related to completion of an operational system will be included in this contract.
Electrical and mechanical trades included. Price shall include delivery and
installation.
Equipment: Qty.- (1) Continental Pass-Thru Refrigerator Model # DL2RE-SS-PT-HDGD/MOD
Two door (half-door) glasstop/solid bottom, Stainless Steel Interior and Exterior.
Installation: All work is to be performed in a neat and workman-like manner, suitable to the
Controller/Treasurer, and in compliance with all state, local, and federal
regulations. The owner will provide adequate power, water and drain connections
supply. The successful bidder will be required to connect the refrigerator to the
power. The installation of the refrigerator will be complete when it is fully
operational and has been tested by the successful bidder in the presence of the
Buildings and Grounds Manager. No debris to be allowed to accumulate once the
installation has begun.
Delivery:
Delivery arrangements should be made by contacting Steve Balsley at 847-7552685. Delivery should be made to the following address: William Fremd High
School 1000 S. Quentin Rd. Palatine, IL 60067.
Delivery Date: Refrigerator should be delivered and installed within 30 days of notification.
NOTE: INVOICE IS REQUIRED BY NO LATER THAN April 1 2015.
Inquiries:
Questions regarding bid specifications may be directed to:
Mary O’Connor, Director of Food Service
(847) 755-6680
Township High School District 211, 1750 S. Roselle Road, Palatine, IL 60067
1. GENERAL
INSTRUCTIONS TO BIDDERS
A. Bid shall be submitted in an envelope properly marked with the title of the bid, date, and time
of opening.
B. Seal and deliver to the Business Office on or before the time scheduled for the opening.
C. All bids shall be made on this form.
D. Unsigned or late bids will not be considered.
E. Township High School District 211 is not subject to Federal Excise Tax or Illinois Retailers
Occupational Tax.
F. Prices quoted shall include all charges for packing, transportation, and delivery to the School
Building or District Office as designated on the bid.
G. Correspondence shall be addressed to the Director of Purchasing and Facilities.
H. Bids are available for inspection in the Business Office by appointment after the award of
orders.
I. Oral, telephonic, telegraphic, or facsimile transmitted bids will not be accepted. The use of
District transmission equipment by Bidders is prohibited.
2. ERRORS AND OMISSIONS
All proposals shall be submitted with each space properly completed. The special attention of
Bidders is directed to the policy that no claim for relief because of errors or omissions in the bidding
will be considered, and Bidders will be held strictly to the proposals as submitted. Should a Bidder
find any discrepancies in, or omission from, any of the documents, or be in doubt as to its meanings,
they shall advise the Director of Purchasing and Facilities who will issue the necessary clarifications
to all prospective Bidders by means of addenda.
3. FIRM BID
All bids will be considered to be firm for a period of ninety (90) days from the date established for
the opening of bids.
4. WITHDRAWAL OF BIDS
Bids may be withdrawn by letter, FAX, or in person prior to the time and date established for the
opening of bids.
5. INVESTIGATION OF BIDDERS
A. The Business Office will make such investigation as is necessary to determine the ability of
the Bidder to fulfill bid requirements. If requested, the bidder shall be prepared to show completed
installations of equipment, types of service, or supplies similar to those included in this bid.
B. The Board of Education reserves the right to reject any bid if it is determined that the Bidder is
not properly qualified to carry out the obligations of the Contract.
6. RESERVATION OF RIGHTS BY THE DISTRICT
The Board of Education reserves the right to reject any and all bids, to waive irregularities, and to
accept the lowest responsible Bidder, considering conformity with specifications, terms of delivery,
quality, and serviceability. All items shall be new unless otherwise specified. By submitting a bid,
Bidders agree to mandatory binding arbitration on all bid disputes.
7. COMPLIANCE WITH LEGISLATION
A. It shall be mandatory upon the Contractor(s) to whom a contract for public works is
awarded and upon any subcontractor thereof to pay all laborers, workmen, and mechanics employed
by them not less that the general prevailing rate of wages in the locality for each craft or type of
workmen or mechanic needed to perform such work and the general prevailing rate for legal holiday
and overtime work as ascertained by the Department of Labor (copy attached). Bidders are required
to increase wages as necessary during the term of this contract so as to keep current with prevailing
wage rates. No changes will be allowed in the amount of this contract as additional compensation for
such changes.
While participating on public works projects, the contractor and each sub-contractor must submit
(monthly) a certified payroll to the District in accordance with the Prevailing Wage Act.
B. It shall be mandatory that the Contractor will not discriminate against any employee
or applicant for employment upon any grounds prohibited by the Human Rights Act
(775ILCS
5/1-101) and further that the Contractor will comply with all provisions of the Human Rights Act
including, but not limited to, rules and regulations of the Illinois Human Rights Commission.
8. SIGNATURE CONSTITUTES ACCEPTANCE
The signing of these bid forms shall be construed as acceptance of all provisions contained herein.
9. CONTRACTS
The successful Bidder will be required to enter into a contract incorporating the terms and
conditions of this bid.
10. COMPLIANCE WITH LEGISLATION
During the performance of this Contract (whether or not Federal funds are involved) the
Contractor agrees as follows:
A. The Contractor will not discriminate against any employee or applicant for employment
because of age, race, creed, color, sex, national origin, or disability. The Contractor will take
affirmative action to ensure that applicants are employed, and that employees are treated equally
during employment, without regard to their age, race, creed, color, sex, national origin, or disability.
Such action shall include, but not be limited to, the following: employment, upgrading, demotion or
transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship. The Contractor agrees to post in
conspicuous places, available to employees and applicants for employment, notices to be provided
setting forth the provisions of this nondiscrimination clause.
B. The Contractor will, in all solicitations or advertisements for employees placed by or on
behalf of the Contractor, state that all qualified applicants will receive consideration for employment
without regard to age, race, creed, color, sex, or national origin.
C. The Contractor will furnish all information and reports required by Executive Order No. 11246
of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant
thereto and will permit access to his books, records, and accounts by the contracting agency and the
Secretary of Labor for purposes of investigation, to ascertain compliance with such rules, regulations,
and orders.
D. In the event of the Contractor’s noncompliance with the nondiscrimination clauses of this
Contract or with any of such rules, regulations, or orders, this Contract may be cancelled, terminated,
or suspended in whole or in part, and the Contractor may be declared ineligible for further
Government contracts or Federally assisted construction contracts, in accordance with the procedures
authorized in Executive Order of September 24, 1965, and such other sanctions may be imposed
and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule,
regulation, or order of the Secretary of Labor, or as otherwise provided by Law.
E. The Contractor shall include the provisions of paragraphs A through D in every subcontract
or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued
pursuant to Sec. 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will
be binding upon each subcontractor or vendor. The Contractor shall take such action with respect
to any subcontractor or purchase order as the contracting agency may direct as a means of enforcing
such provisions, including sanctions for noncompliance, provided, however, that in the event the
Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as
a result of such direction by the contracting agency, the Contractor may request the United States to
enter into such litigation to protect the interest of the United States.
F. The bidder is directed that all applicable state laws, municipal ordinances, district policies,
and the rules and regulations of all authorities having jurisdiction over any aspect of the herein
described project shall apply to the contract throughout, and will be deemed to be included in the
contract the same as though herein written in full; provided that municipal ordinances, policies,
practices and other municipal regulations that create a conflict with the bidding requirements of the
Illinois School Code are not applicable.
11. COMPLETION DELIVERY TIME
If delivery time will exceed thirty (30) days after receipt of a purchase order, state the delivery
time by the respective items in the “Description” column. All prices must be quoted F.O.B.
DESTINATION. Shipments shall become property of consignee after delivery and acceptance.
Regardless of statements to the contrary, payment terms will begin no sooner than the date of
delivery of goods.
12. EVALUATIONS
The Board of Education reserves the right to reject any and all bids, to waive any technicalities
in the bidding, and to award each item to different Bidders or all items to a single Bidder unless
otherwise noted on bid request, and to determine whether in the opinion of the Board of Education:
(1) an equal or alternate is a satisfactory substitute, (2) a Bidder is not a responsible Bidder and should
be disregarded, and, (3) what exceptions or deviations from written specifications will be accepted.
The Board of Education will authorize the release of purchase orders upon acceptance of bids. In the
event of pricing errors, the unit cost(s) listed will prevail and be considered accurate.
13. EXAMINATION OF DOCUMENTS AND SITE
Before submitting a proposal for work on any project, each Bidder shall carefully examine the
project site and the Contract documents, fully inform itself of existing conditions and limitations
of the project sites, rely entirely upon its own judgement in making its proposal, and include in its
proposal all sums sufficient for it to provide all work required by the Contract documents. After
opening of bids, no additional allowance will be made for changes in project scope and/or price due
to work which would have been apparent by examination of the documents and sites. By submitting
its proposal, each Bidder shall be held to represent that it has made the examination in complete
detail and has determined beyond doubt that the documents and existing conditions are sufficient,
adequate, and satisfactory for its completion of the work. A Bidder may visit the project sites during
the hours of 8:00 A.M. to 4:00 P.M. on weekdays, Monday through Friday. The site location(s) is (are)
at building(s) A, P, F, C, S, H (see Delivery Points section for addresses).
14. PERFORMANCE/LABOR AND MATERIAL PAYMENT BONDS (construction projects ONLY)
Within ten (10) days of the date of the Notice of Award, the successful Contractor shall enter
into a formal Contract with the Board of Education and shall provide a Performance Bond and a
Labor and Material Payment Bond, each in the full amount of the Contract. The Bonds shall be
in accordance with A.I.A. Documents A311. The Contractor shall pay the cost of premiums for
said bonds. The Bonds shall be signed and sealed by an authorized representative of the Bonding
Company and authorized officer or representative of the Contractor, and a certificate of the authority
of those signing the Bonds, if not officers, shall be attached thereto.
The Performance Bond and the Labor and Material Payment Bond shall guarantee the
performance of the duties placed on the Contractor by the prevailing Wage Act, as well as all other
duties undertaken by it pursuant to the Contract with the Board of Education, and shall indemnify
the Board of Education from any liability or loss resulting to the Board of Education from any failure
of the Contractor fully to perform each or all of said duties.
The Performance Bond and the Labor and Material Bond herein provided shall be placed with
a Surety Company or companies having a policyholders’ rating not lower than “A” and a financial
rating not lower than “AAA” in Best’s Insurance Guide (current edition). Company must be licensed
in the State of Illinois and shall show evidence of same.
15. BID SECURITY (construction projects ONLY)
A Bid Bond or Certified Check made payable to Township High School District 211, Cook County,
Illinois, in the amount of 10 percent (10%) of the proposal shall accompany each bid as a guarantee
that the Bidder, if awarded the Contract, will furnish the required Performance and Labor and
Material Payment Bonds, execute the Contract, and proceed with the work. Upon failure to do so,
the Contractor shall forfeit the Check or amount of Bid Bonds as liquidated damages. No mistakes
or errors on the part of the Bidder shall excuse the Bidder or entitle it to a return of the Check or Bid
Bond. No Bidder may withdraw its bid for a period of 60 days after the date of opening thereof.
The Bid Bonds or Checks will, with the exception of those of the three lowest bidders, be returned
seven (7) days after the opening of bids, and the remaining Checks or Bid Bonds will be returned
when the Contract is executed and Bond provided.
16. DELIVERY POINTS
Deliveries shall be made to the following addresses when “specific” locations are indicated in the
bid specifications. The delivery points may be indicated by the school names or by the alphabetic
code listed next to each of the addresses listed below:
A
Township High School District 211
Administration Center
1750 South Roselle Road
Palatine, Illinois 60067-7336
847-755-6600
C
James B. Conant High School
700 E. Cougar Trail
Hoffman Estates, Illinois 60169-3659
847-755-3600
P
Palatine High School
1111 N. Rohlwing Road
Palatine, Illinois 60074-3777
847-755-1600
S
Schaumburg High School
1100 W. Schaumburg Road
Schaumburg, Illinois 60194-4150
847-755-4600
F
William Fremd High School
1000 S. Quentin Road
Palatine, Illinois 60067-7018
847-755-2600
H
Hoffman Estates High School
1100 W. Higgins Road
Hoffman Estates, Illinois 60169-4050
847-755-5600
17. INSURANCE (construction and service contracts ONLY)
The Contractor shall provide and maintain insurance in the amounts outlined below with
companies acceptable to the School District:
A. Worker's Compensation Insurance:
Coverage A — Illinois Statutory Limits
Coverage B — Employer’s Liability $500,000 Limit
B. Automobile Liability Insurance: $1,000,000 combined single limit per occurrence for
bodily injury and property damage and include coverage for all owned, non-owned, and hired
automobiles.
C. Commercial General Liability Insurance shall provide the following limits:
$1,000,000 each occurrence
$2,000,000 General Aggregate
$2,000,000 Completed Operations Aggregate
$1,000,000 Personal Injury
This policy shall include the following coverages:
A. Premises/Operations
B. Independent Contractors
C. Products/Completed Operations
D. Contractual Liability – Blanket
E. Broad Form Property Damage
F. Personal Injury – Offenses A, B, C,
– exclusion C deleted
Contractual Liability Coverage, including the “Indemnification of School District and Architect”
(hold harmless agreement), must be fully insured under this policy for the liability limits set forth
above. In addition, Care, Custody and Control, and XCU exclusions shall be removed from all
policies under this Contract and suitable coverage provided subject to the approval of the School
District’s insurance counselor.
The Contractor is responsible for all claims arising out of sales of vended product on the premises
and injury and/or death caused by the vendor’s delivery vehicles on and immediately adjacent to the
premises.
D. Umbrella Liability Insurance: It is required that an umbrella policy be written for a minimum
of $2,000,000 for bodily injury and property damage. This umbrella policy would be in excess of the
limits of the primary policy outlined above.
All such insurance shall not be cancellable without thirty (30) days prior written notice being
given to the School District. All insurance shall indicate that it is primary and any material change
shall cause notice to District 211 thirty (30) days prior to the change.
With respect to the insurance required herein, the Contractor shall provide such insurance
naming the School District, the Board of Education and its members individually, and its employees
and agents as “additional named insured.” The Contractor shall also purchase and maintain such
insurance as will protect the School District from and against all claims, damages, loss, and expenses,
including attorney’s fees arising out of or resulting from the performance of the work, provided
that any such claim, damage, loss, or expense (1) is attributable to bodily injury to or destruction
of tangible property (other than the work itself), including the loss of use resulting therefrom, and
(2) is caused in whole or in part by a negligent act or omission of the Contractor, subcontractor,
anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable,
regardless of whether or not it is caused in part by a party to whom insurance is afforded pursuant to
this paragraph.
It is MANDATORY within ten (10) days after the bid award that Certificate(s) of Insurance shall
be submitted to the School District 211 Controller and Treasurer and the School District’s insurance
consultant: Mr. Michael D. Nugent, Nugent Consulting Group, 2409 Peachtree Lane, Northbrook, IL
60062.
18. TOTAL PRICE FOR ALL ITEMS BID
A total bid dollar amount, regardless of whether or not you are bidding all items, MUST be
entered in the appropriate section of the Bid Form before signing and submitting your bid.
19. HOLD HARMLESS AND INDEMNIFICATION
The Contractor shall assume all liability for, and shall protect, defend, indemnify, and hold
harmless the Board of Education and its members individually, their officers, employees, servants, and
agents from and against all claims, actions, suits, judgements, costs, losses, expenses, and liabilities of
whatsoever kind or nature including reasonable legal fees incurred by owner arising out of:
A. Any infringement (actual or claimed) of any patents, copyrights, or trade names by reason
of any work performed or to be performed by the Contractor under this Contract or by reason of
anything to be supplied by the Contractor pursuant to this Contract.
B. Bodily injury, including death, to any person or persons (including Contractor's officers,
employees, agents, and servants) or damage to or destruction of any property, including the loss of
use thereof:
— Caused in whole or in part by any act, error, or omissions by the Contractor or any
subcontractor or anyone directly or indirectly employed by any of them regardless of whether or not
it is caused in part by a party to be indemnified hereunder.
— Arising directly or indirectly out of the presence of any person in or about any part of the
project size or the streets, sidewalks, and property adjacent thereto.
— Arising directly or indirectly out of the use, misuse, or failure of any machinery or
equipment used directly or indirectly in the performance of this Contract.
20. LATE BIDS
Bids received after the time specified on the Invitation to Bid will not be considered. The method
of transmittal of the bid proposal is at the Bidder’s risk of untimely receipt by the School District. The
use of District equipment for transmission of bids is prohibited.
21. RECYCLED PRODUCTS
District 211 supports national and local efforts for recycling. Bidders are encouraged to offer
recycled supplies and materials as bid alternatives. Notations are to be included as to percentage of
recycled products in each item.
22. CERTIFICATIONS
A. Drug-Free Workplace
Applicable only to companies with 25 or more employees. The Vendor shall hereby certify
pursuant to section 3 of the Illinois Drug-Free Workplace Act (30 ILCS 580/3) that the Bidder shall
provide a drug-free workplace for all employees engaged in the performance of work under the
contract by complying with the requirements of the Illinois Drug-Free Workplace Act and, further
certifies, that the Bidder is not ineligible for award of this contract by reason of debarment for a
violation of the Illinois Drug-Free Workplace Act.
B. Bid-Rigging
The Bidder hereby certifies that the Bidder is not barred from bidding on this contract as a
result of a violation of either the bid-rigging or bid-rotating provisions of Article 33E of the Criminal
Code of 1961, as amended.
C. Prevailing Wages
It shall be mandatory upon the Contractor(s) to whom a contract for public works is awarded
and upon any subcontractor thereof to pay all laborers, workmen, and mechanics employed by them
not less than the general prevailing rate of wages in the locality for each craft or type of workmen or
mechanic needed to perform such work, and the general prevailing rate for legal holiday and overtime
work as ascertained by the Department of Labor (copy attached). Bidders are required to increase
wages as necessary during the term of this contract so as to keep current with prevailing wage rates.
Current wage rates are available from the Department of Labor (www.dol.gov). Weekly certified
payrolls are required from prime and subcontractors. They may be submitted with each pay request.
No changes will be allowed in the amount of this contract as additional compensation for such changes.
D. Background Checks
All contractors or individual vendor representative(s) who have contact with students or perform
work in student areas when students are likely to be present need to have a sex offender background
check performed before they may work in any District 211 building. By submitting a bid, the vendor
agrees that its employees may be checked by the District prior to working on District property.
E. Sexual Harassment Clause
Each Bidder must certify that it has complied with the requirements of Section 2-105 of the
Illinois Human Rights Act (Public Act 87-1257) effective July 1, 1993, with respect to sexual
harassment policies. The terms of that law, as applicable, are hereby incorporated into this contract.
F. Non-Discrimination Clause
The Contractor will not discriminate against any employee or applicant for employment
because of age, race creed, color, sex, national origin, or disability. Such action shall include, but not
be limited to the following: employment, upgrading, demotion or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The Contractor agrees to post, in conspicuous places
available to employees and applicants for employment, notices to be provided setting forth the
provisions of the non-discrimination clause.
The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of
the Contractor, state that all qualified applicants will receive consideration for employment without
regard to age, race, creed, color, sex, or national origin.
The Contractor will furnish all information and reports required by Executive Order No. 11246 of
September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant
thereto, and will permit access to his books, records, and accounts by the contracting agency and the
Secretary of Labor for purposes of investigation, to ascertain compliance with such rules, regulations,
and orders.
In the event of the Contractor’s non-compliance with the non-discrimination clauses of this
Contract or with any of such rules, regulations, or orders, this Contract may be cancelled, terminated,
or suspended in whole or in part, and the Contractor may be declared ineligible for further
Government contracts or federally-assisted construction contracts, in accordance with the
procedures authorized in Executive Order of September 24, 1965, and such other sanctions may be
imposed and remedies revoked as provided in Executive Order No. 11246 of September 24, 1965, or
by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.
The Contractor shall include the provisions of Paragraph A through D in every subcontract or
purchase order unless exempted by the rules, regulations, or orders of the Secretary of Labor issued
pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions
will be binding upon each subcontractor or vendor. The Contractor shall take such action with
respect to any subcontractor or purchase order as the contracting agency may direct as a means of
enforcing such provisions, including sanctions for non-compliance, provided, however, that in the
event the Contractor becomes involved in, or is threatened with, litigation with a sub-contractor or
vendor as a result of such direction by the contracting agency, the Contractor may request the United
States to enter into such litigation to protect the best interest of the United States.
The Bidder is directed that all applicable state laws, municipal ordinances, district policies, and
the rules and regulations of all authorities having jurisdiction over any aspect of the herein described
project shall apply to the Contract throughout, and will be deemed to be included in the Contract the
same as though herein written in full; provided that municipal ordinances, policies, practices, and
other municipal regulations that create a conflict with the bidding requirements of the Illinois School
Code are not applicable.
G. Non-Collusion Affidavit
The undersigned Bidder or Agent, being duly sworn, on oath, says that he has not, or has any
other member, representative, or agent of the firm, company, corporation, or partnership represented
by him, entered into any combination, collusion, or agreement with any person relative to the bid
price to be bid by anyone at such letting, nor to prevent any person from bidding nor to induce
anyone to refrain from bidding, and that this bid is made without reference to any other bid and
without agreement, understanding, or combination with any other person in reference to such
bidding.
He further says that no persons, firms, or corporation has, have, or will receive directly, any rebate,
fee, gift, commission, or thing of value on account of such sale.
H. MBE/WBE/DBE Status
Please check one. This firm is a:
__ Minority Business Enterprise (MBE) – a firm that is at least 51% owned, managed, and
controlled by a minority.
__ Women’s’ Business Enterprise (WBE) – a firm that is at least 51% owned, managed, and
controlled by a woman.
__ Disadvantaged Enterprise (DBE) – a firm that is at least 51% owned, managed, and
controlled by a person with a disability.
__ This firm is not a MBE, WBE, or DBE.
Please attach copies of MBE, WBE, and DBE certifications.
NOTE: The Board of Education states that it is in compliance with all applicable laws.
Cook County Prevailing Wage for January 2015
8
Cook County Prevailing Wage for January 2015
(See explanation of column headings at bottom of wages)
Trade Name
RG TYP C Base
FRMAN M-F>8
==================== == === = ====== ====== =====
ASBESTOS ABT-GEN
ALL
38.200 38.700 1.5
ASBESTOS ABT-MEC
BLD
35.100 37.600 1.5
BOILERMAKER
BLD
44.240 48.220 2.0
BRICK MASON
BLD
42.580 46.840 1.5
CARPENTER
ALL
43.350 45.350 1.5
CEMENT MASON
ALL
43.100 45.100 2.0
CERAMIC TILE FNSHER
BLD
35.810 0.000 1.5
COMM. ELECT.
BLD
39.000 41.800 1.5
ELECTRIC PWR EQMT OP
ALL
46.100 51.100 1.5
ELECTRIC PWR GRNDMAN
ALL
35.960 51.100 1.5
ELECTRIC PWR LINEMAN
ALL
46.100 51.100 1.5
ELECTRICIAN
ALL
44.000 47.000 1.5
ELEVATOR CONSTRUCTOR
BLD
49.900 56.140 2.0
FENCE ERECTOR
ALL
35.840 37.840 1.5
GLAZIER
BLD
40.000 41.500 1.5
HT/FROST INSULATOR
BLD
48.450 50.950 1.5
IRON WORKER
ALL
43.000 45.000 2.0
LABORER
ALL
38.000 38.750 1.5
LATHER
ALL
43.350 45.350 1.5
MACHINIST
BLD
44.350 46.850 1.5
MARBLE FINISHERS
ALL
31.400 32.970 1.5
MARBLE MASON
BLD
41.780 45.960 1.5
MATERIAL TESTER I
ALL
28.000 0.000 1.5
MATERIALS TESTER II
ALL
33.000 0.000 1.5
MILLWRIGHT
ALL
43.350 45.350 1.5
OPERATING ENGINEER
BLD 1 47.100 51.100 2.0
OPERATING ENGINEER
BLD 2 45.800 51.100 2.0
OPERATING ENGINEER
BLD 3 43.250 51.100 2.0
OPERATING ENGINEER
BLD 4 41.500 51.100 2.0
OPERATING ENGINEER
BLD 5 50.850 51.100 2.0
OPERATING ENGINEER
BLD 6 48.100 51.100 2.0
OPERATING ENGINEER
BLD 7 50.100 51.100 2.0
OPERATING ENGINEER
FLT 1 52.450 52.450 1.5
OPERATING ENGINEER
FLT 2 50.950 52.450 1.5
OPERATING ENGINEER
FLT 3 45.350 52.450 1.5
OPERATING ENGINEER
FLT 4 37.700 52.450 1.5
OPERATING ENGINEER
FLT 5 53.950 52.450 1.5
OPERATING ENGINEER
FLT 6 35.000 35.000 1.5
OPERATING ENGINEER
HWY 1 45.300 49.300 1.5
OPERATING ENGINEER
HWY 2 44.750 49.300 1.5
OPERATING ENGINEER
HWY 3 42.700 49.300 1.5
OPERATING ENGINEER
HWY 4 41.300 49.300 1.5
OPERATING ENGINEER
HWY 5 40.100 49.300 1.5
OPERATING ENGINEER
HWY 6 48.300 49.300 1.5
OPERATING ENGINEER
HWY 7 46.300 49.300 1.5
ORNAMNTL IRON WORKER
ALL
43.900 46.400 2.0
PAINTER
ALL
40.750 45.500 1.5
PAINTER SIGNS
BLD
33.920 38.090 1.5
PILEDRIVER
ALL
43.350 45.350 1.5
PIPEFITTER
BLD
46.000 49.000 1.5
PLASTERER
BLD
42.250 44.790 1.5
PLUMBER
BLD
46.650 48.650 1.5
OSA
===
1.5
1.5
2.0
1.5
1.5
1.5
1.5
1.5
1.5
1.5
1.5
1.5
2.0
1.5
2.0
1.5
2.0
1.5
1.5
1.5
1.5
1.5
1.5
1.5
1.5
2.0
2.0
2.0
2.0
2.0
2.0
2.0
1.5
1.5
1.5
1.5
1.5
1.5
1.5
1.5
1.5
1.5
1.5
1.5
1.5
2.0
1.5
1.5
1.5
1.5
1.5
1.5
OSH
===
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
2.0
1.5
1.5
2.0
2.0
2.0
2.0
http://www.illinois.gov/idol/Laws-Rules/CONMED/rates/2015/january/COOK9999.htm
H/W
=====
13.78
11.17
6.970
9.850
13.29
12.70
10.55
8.420
10.76
8.390
10.76
13.33
12.73
13.01
12.49
11.47
13.45
13.78
13.29
6.760
9.850
9.850
13.78
13.78
13.29
17.10
17.10
17.10
17.10
17.10
17.10
17.10
16.60
16.60
16.60
16.60
16.60
16.60
17.10
17.10
17.10
17.10
17.10
17.10
17.10
13.36
10.75
2.600
13.29
9.000
11.40
13.18
Pensn
=====
10.12
10.76
17.54
13.60
13.75
13.24
8.440
11.98
14.87
11.60
14.87
14.77
13.46
11.51
15.99
12.16
20.65
10.12
13.75
8.950
13.10
13.42
10.12
10.12
13.75
11.80
11.80
11.80
11.80
11.80
11.80
11.80
11.05
11.05
11.05
11.05
11.05
11.05
11.80
11.80
11.80
11.80
11.80
11.80
11.80
17.24
11.10
2.710
13.75
15.85
12.19
11.46
Vac
=====
0.000
0.000
0.000
0.000
0.000
0.000
0.000
1.100
0.000
0.000
0.000
0.000
3.990
0.000
0.000
0.000
0.000
0.000
0.000
1.850
0.000
0.000
0.000
0.000
0.000
1.900
1.900
1.900
1.900
1.900
1.900
1.900
1.900
1.900
1.900
1.900
1.900
1.900
1.900
1.900
1.900
1.900
1.900
1.900
1.900
0.000
0.000
0.000
0.000
0.000
0.000
0.000
Trng
=====
0.500
0.720
0.350
1.030
0.630
0.450
0.710
0.700
0.460
0.360
0.460
0.750
0.600
0.300
0.940
0.720
0.350
0.500
0.630
0.000
0.600
0.760
0.500
0.500
0.630
1.250
1.250
1.250
1.250
1.250
1.250
1.250
1.250
1.250
1.250
1.250
1.250
1.250
1.250
1.250
1.250
1.250
1.250
1.250
1.250
0.650
0.770
0.000
0.630
1.780
0.650
0.880
1/6/2015
Cook County Prevailing Wage for January 2015
ROOFER
BLD
39.700 42.700 1.5
1.5 2.0
SHEETMETAL WORKER
BLD
41.530 44.850 1.5
1.5 2.0
SIGN HANGER
BLD
31.310 33.810 1.5
1.5 2.0
SPRINKLER FITTER
BLD
49.200 51.200 1.5
1.5 2.0
STEEL ERECTOR
ALL
42.070 44.070 2.0
2.0 2.0
STONE MASON
BLD
42.580 46.840 1.5
1.5 2.0
ALL
37.000 37.750
SURVEY WORKER-> NOT IN EFFECT
TERRAZZO FINISHER
BLD
37.040 0.000 1.5
1.5 2.0
TERRAZZO MASON
BLD
40.880 43.880 1.5
1.5 2.0
TILE MASON
BLD
42.840 46.840 1.5
1.5 2.0
TRAFFIC SAFETY WRKR
HWY
32.750 34.350 1.5
1.5 2.0
TRUCK DRIVER
E ALL 1 33.850 34.500 1.5
1.5 2.0
TRUCK DRIVER
E ALL 2 34.100 34.500 1.5
1.5 2.0
TRUCK DRIVER
E ALL 3 34.300 34.500 1.5
1.5 2.0
TRUCK DRIVER
E ALL 4 34.500 34.500 1.5
1.5 2.0
TRUCK DRIVER
W ALL 1 32.550 33.100 1.5
1.5 2.0
TRUCK DRIVER
W ALL 2 32.700 33.100 1.5
1.5 2.0
TRUCK DRIVER
W ALL 3 32.900 33.100 1.5
1.5 2.0
TRUCK DRIVER
W ALL 4 33.100 33.100 1.5
1.5 2.0
TUCKPOINTER
BLD
42.800 43.800 1.5
1.5 2.0
8
8.280
10.48
4.850
11.25
13.45
9.850
1.5
10.55
10.55
10.55
6.550
8.150
8.150
8.150
8.150
6.500
6.500
6.500
6.500
8.180
10.06 0.000 0.530
20.06 0.000 0.690
3.280 0.000 0.000
9.500 0.000 0.450
19.59 0.000 0.350
13.60 0.000 1.030
1.5 2.0 12.97 9.930 0.000
10.32 0.000 0.620
11.63 0.000 0.820
10.42 0.000 0.920
6.450 0.000 0.500
8.500 0.000 0.150
8.500 0.000 0.150
8.500 0.000 0.150
8.500 0.000 0.150
4.350 0.000 0.000
4.350 0.000 0.000
4.350 0.000 0.000
4.350 0.000 0.000
12.66 0.000 0.650
Legend:
RG (Region)
TYP (Trade Type - All,Highway,Building,Floating,Oil & Chip,Rivers)
C (Class)
Base (Base Wage Rate)
FRMAN (Foreman Rate)
M-F>8 (OT required for any hour greater than 8 worked each day, Mon through Fri.
OSA (Overtime (OT) is required for every hour worked on Saturday)
OSH (Overtime is required for every hour worked on Sunday and Holidays)
H/W (Health & Welfare Insurance)
Pensn (Pension)
Vac (Vacation)
Trng (Training)
Explanations
COOK COUNTY
The following list is considered as those days for which holiday rates
of wages for work performed apply: New Years Day, Memorial Day,
Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and
Veterans Day in some classifications/counties. Generally, any of
these holidays which fall on a Sunday is celebrated on the following
Monday. This then makes work performed on that Monday payable at the
appropriate overtime rate for holiday pay. Common practice in a given
local may alter certain days of celebration. If in doubt, please
check with IDOL.
TRUCK DRIVERS (WEST) - That part of the county West of Barrington
Road.
EXPLANATION OF CLASSES
ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous
materials from any place in a building, including mechanical systems
where those mechanical systems are to be removed. This includes the
removal of asbestos materials/mold and hazardous materials from
ductwork or pipes in a building when the building is to be demolished
http://www.illinois.gov/idol/Laws-Rules/CONMED/rates/2015/january/COOK9999.htm
1/6/2015
Courtesy “No Bid” Response Questionnaire
If you are not submitting a price on this bid, District 211 would like your input as to why you are
not bidding. Please indicate your reason and return by Bid Due Date to:
Barbara J. Peterson, Controller and Treasurer
Township High School District 211
1750 South Roselle Road
Palatine, Illinois 60067-7336
(847) 755-6600
❑
❑
❑
❑
❑
❑
❑
❑
3UHYLRXVFRPPLWPHQWVWRREXV\
7RRVPDOODMRE
7RRODUJHDMRE
2XUÀUPLVQRWVXLWHGIRUWKLVW\SHRIZRUN
'RQRWOLNHWRELGMREV
&RXOGQRWVFKHGXOHVLWHH[DPLQDWLRQ
&DQQRWJHWERQGLQJIRUWKLVMRE
Other
Company Name
Address
City, State & Zip Code
Telephone Number
(PDLO$GGUHVV
By
Title
Date
Check List For Bidders
❑
+DYH\RXFDUHIXOO\UHYLHZHGWKHVSHFLÀFDWLRQLQFOXGLQJ
´,QVWUXFWLRQVWR%LGGHUV"µ
❑
+DYH\RXSURSHUO\FRPSOHWHGDOOSRUWLRQVRIWKHELG"
❑
+DYH\RXVLJQHGWKHELG"
❑
+DYH\RXIXUQLVKHGEXVLQHVVUHIHUHQFHVLIUHTXLUHG"
❑
+DYH\RXYHULÀHG\RXUSULFHVWREHVXUH\RXKDYHQRWPDGHDQ
HUURU"
❑
+DYH\RXLQGLFDWHG\RXUWRWDOSULFHIRULWHPVELGRQWKH%LG)RUP"
❑
,V\RXUELGLQDVHDOHGHQYHORSHFOHDUO\PDUNHGDVUHTXLUHG"
❑
+DYH\RXPDGHDUUDQJHPHQWVWRVXEPLWVDPSOHVLIUHTXLUHG"
Directions to
G.A. McElroy Administration Center
Illinois Avenue
✖
Ela Road
Euclid Av
Algo
nqu
in R
oad
enue
(Ro
ute
Central Road
I-90 (Northw
est Tollway
Higgi
ns Ro
Golf Road (Route 58)
ad (R
oute
72)
)
Route 53
Kirch
Hw
y. (
R
out
e1
4)
off Ro
From Chicago:
•
•
•
ad
Central Road
62)
•
•
•
•
•
Woodfield Mall
Take I-90 west to Roselle Road
Exit Roselle Road north
Administration Center is on the left side
(between Euclid Road and Algonquin
Road)
From the South:
From the West:
•
•
•
•
•
•
•
•
•
•
•
•
Take I-290 or I-355 north to Route 53 north
Route 53 north to Euclid Avenue
Exit Euclid Avenue west
Euclid Avenue west to Roselle Road
Left turn (south) on Roselle Road
Administration Center is on the right side
(between Euclid Road and Algonquin Road)
NW
Euclid Avenue
From the North:
Take Route 53 south to Euclid Avenue
Exit Euclid Avenue west
Euclid Avenue west to Roselle Road
Left turn (south) on Roselle Road
Administration Center is on the right side
(between Euclid Road and Algonquin Road)
14)
Arlington Park
Race Track
Route 53
Administration
Center
Meacham Road
(847) 755-6600
Daniel E. Cates,
Superintendent
ute
Wilke Road
Township High School
District 211
Plum Grove Road
Palatine Road
Hwy
. (Ro
Quentin Road
Roselle Road
B
oad
aldwin R
Hicks Road
NW
Rohlwing Road
1750 South Roselle Road • Palatine, Illinois
Take I-90 east to Route 53 north
Route 53 north to Euclid Avenue
Exit Euclid Avenue west
Euclid Avenue west to Roselle Road
Left turn (south) on Roselle Road
Administration Center is on the right side
(between Euclid Road and Algonquin Road)